Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2017 FBO #5622
SOURCES SOUGHT

Y -- Ashley U.S. Courthouse Modernization and New Annex CMc

Notice Date
4/13/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division, Capital Projects Contracting Team (47PF13), Please refer to notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
GS-05-P-17-GB-C-0005
 
Archive Date
5/5/2017
 
Point of Contact
Anna E. Vanko, Phone: 614-469-2791, Gregory C Oprian, Phone: 312-353-3476
 
E-Mail Address
anna.vanko@gsa.gov, Gregory.Oprian@gsa.gov
(anna.vanko@gsa.gov, Gregory.Oprian@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
GS-05-P-17-GB-C-0005- Ashley U.S. Courthouse Modernization and New Annex CMc - Sources Sought This is a sources sought NOTICE only. This notice DOES NOT constitute a Request for Proposal, nor does it represent any commitment by the Government. The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 - Addition, Alteration & Renovation General Contractors. The small business size standard for NAICS code 236220 is $36.5M in average annual receipts over the past three (3) years. General Information The Ashley Courthouse, built in 1932, is located on the northern end of Toledo's Civic Mall. GSA has not conducted a major renovation to the building since construction. The building is listed in the National Register of Historic Places; therefore all work on the building will be required to comply with the Secretary of The Interior's Standard for Rehabilitation and shall be performed by a contractor familiar with the performance and characteristics of historic standing and experience The contractor must also be familiar with National Park Service Technical Preservation Standards for work on historic buildings There is approximately 91,767 square feet (gross) of space in the Ashley via four occupied floors and a basement. GSA proposes design and construction of an annex approximately 96,000 (gross) square feet, including approximately 20 inside parking spaces. The building was designed in the Beaux Art Classicism style of architecture. It has elements of Early Classical Revival, Greek Revival, Federal and Georgian Architecture. The Courthouse is primarily occupied by the U.S. District Court Northern District of Ohio and the U.S. Bankruptcy. The other tenants include offices for the U.S. Marshals Service (USMS), Federal Credit Union, and U.S. General Services Administration. Scope Summary The CMc scope of work includes all labor and materials required to provide design phase and construction phase services for the modernization of the existing Ashley US Courthouse and the construction of a new annex. The services requested of the CMc shall cover a wide range of design and construction activities, as defined below. GSA will first construct the new annex and once complete, the Ashley Courthouse will be partially vacated during the renovation. The new annex will be constructed north of, and connecting directly adjacent, to the Ashley Courthouse. Alteration work within the Ashley Courthouse includes upgrades to heating, ventilating, and air conditioning, electrical systems, lighting, plumbing, life safety systems (including fire alarm replacement); elevator replacement; accessibility upgrades; tenant improvements; facade repairs; roof replacement; and hazardous material abatement. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price Design Phase and Guaranteed Maximum Price Construction Phase Construction Manager is Constructor (CMc) contract for the Ashley U.S. Courthouse Modernization and New Annex project, located in Toledo, OH, pursuant to Federal Acquisition Regulation (FAR) Best Value Selection Procedures (FAR Subpart 15.3). The base contract for design phase services will be awarded at a firm-fixed price. The construction phase services option will be awarded as a Guaranteed Maximum Price (GMP). The project will still be in the design phase when the CMc contract is awarded, therefore, a firm, fixed-price cannot be established for construction. The GMP will be tracked through open book accounting that will be reviewed and monitored by GSA and a third party Construction Manager as Agent (CMa). GSA envisions a highly collaborative delivery approach for this project where the CMc contractor works closely with all stakeholders to deliver a project that meets the expectations and needs of both the team members and GSA's requirements to deliver an economical and operationally efficient high performing green building. As required by law, the facility must meet federal energy goals. The project is also to include conformance to the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. The CMc will be selected through a best value / tradeoff selection process. During the development period from initial concept to final design the CMc will work in close consultation with GSA, the stakeholders and the CMa to ensure that all of the goals are addressed and that best value practices are utilized. The CMc will assist the AE and CMa to provide design phase services, including scheduling, estimating and cost information, and functionality and constructability reviews. There will be an informal partnering process throughout the design and construction phases to promote successful project development and execution including an enhanced project kick-off meeting. A Commissioning Agent (CxA) has been contracted to provide services. All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Construction Phase Services shall include all labor and materials required to provide design phase and construction phase services for the modernization of the existing Ashley US Courthouse and the construction of a new annex. The services requested of the CMc shall cover a wide range of design and construction activities, such as: constructability reviews, cost estimating, work phasing reviews, scheduling and general construction services. The CMc is at risk and is responsible for involvement in the project development and administration of the construction. The CMc shall have complete responsibility for all construction related to the project scope. Project Delivery Schedule Construction NTP is estimated to start in January/February 2018 with approximately 1124 calendars of Annex construction and 1866 days for overall project construction. Unique Situations/Risks In addition to the historical requirements outlined above, the budget and schedule have been identified as significant risks. Also due to the early stages of design, coupled with the need for continuous operation during construction, present unique challenges for the CMc teams on the project. The Ashley US Courthouse will remain fully occupied and operational during the construction of the annex. No adverse impact on tenant mission will be acceptable. Phased and Occupied Facility Construction The construction of the Toledo facility includes a phased construction approach. The Annex will be constructed first while the Ashley remains occupied. The renovation of the Ashley will follow the construction of the Annex. Shared and new mechanical systems at the Toledo USCH must facilitate a fully functional facility where occupied throughout all phases of construction. These functions include typical office work, but also include services for the general public and a courthouse. This presents several challenges that will have to be addressed by the AE and CMc team. • All work in functional (i.e. occupied) public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis. • Work must be performed in such a way that space conditioning and utilities in the Ashley USCH are maintained while the Ashley is occupied, including throughout construction of the Annex. Temporary / contingency HVAC/R systems may be required. This will be the responsibility of the CMc. •Work must be performed in such a way that space conditioning and utilities in the Ashley USCH are maintained while the building is occupied, including throughout construction of the annex. Temporary/contingency HVAC/R, electrical and water systems may be required. Any shutdown of a building system will need to be completed after business hours or on the weekends and put back into service and put back into prior to the next business day. This will be the responsibility of the CMc. •Phasing: Emergency power generator in Ashley must remain operational while the facility is occupied. Underground diesel fuel storage supporting the existing generator must be removed prior to the start of Annex construction. A temporary above ground tank will need to be provided to keep the generator functional. •Egress and access to the Ashley CH must be maintained for the employees and visitors during the course of building the new annex. •The employee parking lot will need to be relocated during the initial phase of the project and will need to be in close proximity of the Ashley CH. Northern Ohio Weather Conditions Weather conditions in Northern Ohio will present a significant challenge to the construction team and project phasing. This geographic area of Ohio is prone to adverse weather conditions to include high wind, high temperatures in the summer, winter vortexes and extreme cold temperatures and lake effect snowfall. Weather is a serious risk factor and regional and local weather conditions will need to be monitored and contingency planned for during the course of this project so that is does not negatively impact the project. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1) a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout (www.sam.gov). e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart to include both the design & construction team. 4) Capabilities and experience with federal projects in CMc of both historical renovation and new construction in the $50M - $85M range. Submitted references should highlight recent and relevant CMc projects in fully occupied facilities within the past ten (10) years. *Provide a minimum of two and no more than five, successful Guaranteed Maximum Price (GMP) project examples that demonstrate experience delivering Design and Construction Phase services that have been completed within the last ten years. Projects must be similar in size, scope, complexity and/or context to this solicitation. Note: The historic nature of this project and the new construction is equally important, therefore, examples should demonstrate your firms experience and capabilities completing historically significantly work as well as annex type construction. *Provide the following information for each example: project description, schedule, safety record, scope of Design and Construction services; GMP or budget at award; and final contract value after adjustments, indicate whether liquidated damages were assessed due to late completion. GSA highly recommends that pictures be submitted with each example to demonstrate before and after conditions. 5) Previous occupied facilities construction experience is essential. 6) Statement of capability to bond for a project in the $80-$85M range. 7) Contact information, Point of contact name, Phone number, Email address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages. Responses should be emailed not later than the date specified in this sources sought notice as follows: anna.vanko@gsa.gov. Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this sources sought announcement via email not later than 4:00 p.m. EST, 20 April 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS-05-P-17-GB-C-0005/listing.html)
 
Place of Performance
Address: James M. Ashley and Thomas W.L. Ashley United States Courthouse, 1716 Spielbusch Ave, Toledo, Ohio, 43604, United States
Zip Code: 43604
 
Record
SN04472236-W 20170415/170413235445-cb5836b352ce1beedf394f24aa9d2d87 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.